HomeMy WebLinkAboutAgenda Report - September 21, 2016 C-04Cr
AGENDA ITEM A
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultra
Violet Disinfection Replacement Parts ($220,000)
MEETING DATE: September 21, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute Professional
Services Agreement with DC Frost Associates, Inc., of Walnut
Creek, for purchase of ultra violet disinfection replacement parts, in
the amount of $220,000.
BACKGROUND INFORMATION: The ultra violet (UV) system disinfects the City's tertiary treated
wastewater and is regulated by the California Regional Water
Quality Control Board. More than 10 years ago, the City of Lodi
switched from chlorine gas to UV disinfection for safety and water quality reasons.
The system consists of two UV channels with five banks of UV lamps in each channel. Each bank
contains 176 UV lamps, for a total of 1,760 lamps in the system. Regulatory requirements allow each
lamp to remain in service for a maximum of 8,000 hours. There is one set of wipers for each lamp and
one ballast for every two lamps. The lamps, wipers, ballasts, and additional components need to be
checked daily for proper operation. Staff must regularly replace ballasts, lamps (due to either failure or
service life), and wipers to maintain compliance.
By nature, the City's UV system is complex and expensive to maintain. For now, it remains a reliable
component of the City's wastewater treatment facility. In 2015, the City commissioned Carollo
Engineers, Inc., of Sacramento, to evaluate the current UV system. The evaluations compared
10 -year and 20 -year life cycle costs for five alternatives that ranged from retrofitting the existing facility
with new, more -efficient components, to complete replacement. While the evaluation suggests replacing
the existing system, requiring a capital investment of over $4 million dollars, the system continues to
operate reliably and parts remain available.
This Council action represents the annual anticipated parts and materials needs to properly maintain the
City's UV system and to maintain water quality compliance for Fiscal Year 2016/17.
DC Frost Associates, Inc. is a sole -source vendor (Exhibit A). Per Lodi Municipal Code Section 3.20.070,
Bidding, the bidding process may be dispensed when City Council determines that the purchase, or
method of purchase, is in the best interests of the City. Staff recommends waiving the bidding process
and authorizing City Manager to execute Professional Services Agreement with DC Frost Associates,
Inc., of Walnut Creek, for UV disinfection equipment.
FISCAL IMPACT: If the UV system is not properly maintained, WSWPCF may not meet
discharge permit requirements, resulting in fines or penalties.
APPROVED:
Stephen Schwaba ity Manager
R:\GROUPWDMIN\Council\2016\9-21-2016\DC Frost Associates\UV parts councilcomm 2016.doc 9/12/16
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultra Violet
Disinfection Replacement Parts ($220,000)
September 21, 2016
Page 2
FUNDING AVAILABLE: Funds are budgeted in the WSWPCF Plant Operations (53053003) for
Fiscal Year 2016/17.
Jordan Ayers
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Karen Honer, Wastewater Plant Superintendent
CES/KDH/trb
Attachments
R:\GROUPWDMIN\Council\2016\9-21-2016\DC Frost Associates\UV parts councilcomm 2016.doc 9/12/16
August 23, 2016
Lodi -White Slough Water Pollution Control Facility
12751 N. Thornton Road
Lodi, CA
95242
Mr. Ken Capitanich
TROJAN Ull
RE: Trojan System UV3000PIUS TM Replacement Parts
WATER CONFIDENCE"
In the Engineered Submittal Package for the Trojan System UV3000PIusTM , Trojan provided an equipment
performance guarantee stating that the system will meet the required level of disinfection provided that the system
is operated and maintained in accordance with recommendations made by Trojan Technologies.
In order for this equipment guarantee to be maintained, it is imperative that the appropriate components and
replacement parts be used in the system. There are key replacement parts and system components that directly
influence the performance and reliability of the system. Among these critical replacement parts are the UV lamps,
sleeves, electronic ballasts, wiper seals, printed circuitry etc. Without using lamps, ballasts, and other
components that are approved and validated by Trojan Technologies, we cannot guarantee that the system will
provide the required germicidal output. Subsequently, we cannot guarantee that the required UV dose is being
delivered, if lamp output, ballast efficiency and system programming is unknown.
In order to keep the equipment performance guarantee intact, is it recommended that specialized system
components be purchased and contracted from DC Frost & Associates, Inc., a wholly owned subsidiary of the
Coombs -Hopkins Company, who is the exclusiveTrojan authorized representative for the state of California.
Trojan purchases only validated system components (lamps, ballasts etc.) from our suppliers and only those
components meeting our performance standards are passed on the customer.
If you have any questions regarding this matter, or require any additional information please do not hesitate to
contact me.
Best regards,
TROJAN TECHNOLOGIES
Judy Georgijev
Municipal Territory Representative
Cc: Catherine Frost
TROJAN TEGHNOI OGLES 3090 GORE ROAD LONDON, ONTARIO, CANADA NOV 4T7 T 519 457 3400 F 519 457 3030 WWW TROJANUV COM
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on October 2016, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DC Frost
Associates, Inc (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for purchase of
ultra violet disinfection equipment for White Slough Water Pollution Control Facility
(hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A.
CONTRACTOR acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on October 2016 and
terminates upon the completion of the Scope of Services or on October 2017,
whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 insurance Reouirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Karen Honer
To CONTRACTOR: DC Frost Associates, Inc.
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Attn: Catherine Frost
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
VA
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:.
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
la
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
DC FROST ASSOCIATES, INC.
By:
Name
Title:
CATHERINE FROST
Aftermarket Sales Manager
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 53053003.72352 (50%) 53053003.77030 (50%1:
ICON11193
CA:Rev.01.2015
(Business Unit & Account No.)
8
2016 AFTERMARKET PARTS PRICE LIST
Exhibit B
TROJAN UV3000PLUS "
Number
Lamps, Sleeves &
SubpartPart Description
Ballasts
�Uon't forget to mention Trojan's Recycling Program (see Box.com for more details)
794447-OYW
Lamp, GA64T6HE Flat Base
11
Replaces PN 794447-OSM (Use with
316508.
$
312.00
316508
Lamp adapter
For use with 794447-OYW Yellow base
794447-OGN
-amp, GA64T6HE Step Base
$
312.00
302509-004
Lam , GA64T6L Amalgam 4Pk
302509 Lamp,GA64T6L Amalgam
4 Pack
S
1026.00
257.00
316136-004
Sleeve Quartz UV3+ 28x25x1950 Vic
316136 15leeve Quartz
4 Pack
$
$
391.00
98.00
915379
Ballast Kit, UV3+ G 3
With Aluminum End Caps; Replaces PN
141
$
725.00
ComponentsCommonly Used
316144P
O -Rin , Sleeve Seal
Pkg. of 10
$
1.60
316145
O -Rin , Sleeve Support UV3+
0.10
901376P
Spring, Compression SST
Pkg. of 10
16.00
.302366P
Dessiccant Desi Pak 1/6 Unit
2 Per Module; Pkg. of 30
$
2.30
316148P
Sleeve CuE Nut, UV3+ Mod Ryton
Pkg. of 10
15.00
1010215-125P
Screw, 1/4-20x1''/," CTD SHCS
Pkg. of 10
$
1.40
316148P
Sleeve Cu Nu UV3+ Mod R pn
P!ss. of 10
$
15.00
9Q7547
Aeticlean Gef Eleaner.Case 4 x 4i 8atties
R' uleedBmaunt 3t r: 36mtif.29os
$
158.00
Module
316506-002
End Cap Kit, UV3+ Plain
New Orange Silicone Seal; Lamp -Ballast
Connection
$
49.00
316506-001
End Cap Kit, UV3+ Power
New Orange Silicone Seal;Lamp-Ballast
Connection
$
77.00
316506-003
End Cap Kit, UV3+ Power & Plain
New Orange Silicone Seal; Lamp -Ballast
Connection
$
118.00
316509
Seal Kit End Cap UV3+
Includes: 2 Seals, Lubricant & Dessiccant
$
42.00
302839-072
Plug Assy, 6P 16AWG 6'
135.00
302839-084
Plug Assy, 6P 16AWG 7'
170.00.
302839-096
Plug Assyo 6P 16AWG 8'
$
170.00
327095P
Plug, Rubber Wiper Filler
Pkg. of 10
$
16.00
915517-06
PluL UV3 6P 16AWG 6'
4-8L; Replaces PN 302455
82.00
914374-006GF
PLUG, UV3+ PDC MODULE 6' GF
Replaces PN 914374-006; 6ft Power Cord
$
105.00
'914374-01OGF
PLUG UV3+ PDC MODULE 10' GF
Replaces PN 914374-010; loft Power Cord
$
112.00
302832P
Plu 1-3 8"ID LockingUnvent
Pk &. of 10
$
2.50
G OMP,
Washer RSO It Loe3c SST34l4
Pka, of 10
0.13
Ballast Enclosure Components
914238
-
Module Board Kit, UV3+
Includes: 912356-001 W/Board;
MFR I#2371G
$
150.00
316168P
Seal, Ballast Enclosure UV3+
O -Ring, Seal; Aluminum End Caps; Pkg. of
10
$
69.00
912181P
Connector, Cap 6POS Amp
Pkg, of 10
7.00
912166P
Connector, Cap 9 Position
Pkg. of 10
7.60
912180P
Connector, Plug 6POS Amp
Pkg. of 10
$
7.70
912196P
Connector, Plug 9POS Amp Mini
Pk of 10
$
12.00
912193
Extractor, UNIV MATE-N-LOK
129.00
912192
Extractor,Mini-Univ Mate -N -Lok
$
54.00
316174P
Grommet, Rubber 3/16, UV3+
Pkg, of 10
$
0.70
912362
IC R5485 Transceiver
Transceiver Chi (Comm.)
$.
14.00
316182
Pressure Cone
$
15.00
316141
Isolator Leg UV3+8 LP
S
3.40
328029-002
Wire Harness, UV3+2BLS CTL
$
32.00
.328029-003
Wire Harness, UV3+3BLS CTL
$
38.00
328029-004
Wire Harness UV3+4BLS CTL
50.00
328025
Wire Harness, UV3+ MOD PRI 3BL
$
29.00
.328023
Wire Harness, UV3+ MOD PRI 4BL
$
29.00
1915742
Wire Harness, UV3+ MOD PWR LT
Fors stems re'07; Replaces PN 328078
$
22.00
915743
Wire Harness, UV3+ MOD PWR RT
Fors stems pre'07• Replaces PN 328079
$
34.00
328024-001X
lWire Harness UV3+ MOD SEC 21X
Replaces PN 328024-001
6.40
328024-002X
JWire Harness, UV3+ MOD SEC 40X
Replaces PN 328024-002
9.70
328024-003X
Wire Harness, UV3+ MOD SEC 60X
IRe laces PN 328024-003
11.00
Module
316135-06OX
Lampholder, UV3+ Amalgam 60"X
61 --all spacing; 8L-3" spacing;
Re laces PN 316135-060
$
46.00
316135-078X
Lampholder, UV3+ Amalgam 78"X
8L- 3.5" & 4" spacing;
Replaces PN 316135-078
$
59.00
316135-096X
Lampholder, UV3+ Amalgam 96"X
Stretch Modules;
Replaces PN 316135-096
$
79.00
003084
(Lubricant, DOW 111 6g Pack
1.70
302394P
Brass Hex Nut #10-24
PkZ. of 10
$
0.60
002229
Bushing, UV3+ Tube Le
0.09
011009P
Nut, 114-20 Hex N lok 18-8 SST
Pkg. of 10
$
0.60
002226-10SULP
0 -Rin 4 x 3 32 Nitrile UL
Pkg. of 10
$
1.40
912182P
Pin, 19A 14-18 AWG
Pkg. of 10
$
1.80
.912194P
Pin, 9.5A 20-16WG Amo Mini
Pkff. of 10
1,20
-01033282AAC1704P
Screw, Hex #10 UNC x 1
Pkg. of 10
$
1.70
010203-001P
Screw, Thread Cutting 6-32x1J4
Pk g' of 10
$
0,19
912183P
Socket 19A 18-14AWG AMP
Socket for Plug; Pkg. of 10;
$
2.30
913028P
Socket, 9.5A 20-16AWG Amp Mini
Pkg. of 10
$
0.60
1912165P
Socket, 9.5A 20-16WG Amp Mini
Pkg. of 10
1.40
012015P
S washFlat- -ts OD Nylori
P .:9!10
6Z 00
Wiper System
326411
Under, Wiper UV3+.Gen 2
$
1.48&00
005Q68
Grease Kit, UV3+ Cylinder
$_
49.00
326399
Grease Nipple
For Hydraulic Cylinder
5.00
005066
Grease, Food Grade FMG
1 Tube 15 Modules
$
12.00
327066P
fjjiM Inter -Wiper 90 Deg Elbow
Pkg. of 10
$
12.00
327027P
Fitting, Inter -Wiper Straight
Pkg. of 10
6.10
327122
Seal Kit UV3+ Plastic Canister
317017 Spacer, Wiper Seal UV3+
327021 Wiper Seal
Spring, UV3+ Seal
317029
317030 Tube, 1/4 DIA Viton UV3+
327118 O -Ring, UV3+ Wiper Canister
2 per Seal Kit
2 per Seal Kit riceper unit
Wiper Seal Spring; 2 per Seal Kit, Part
required must purchase 327029P
Minimum Purchase -12" price per inch
2 per Seal Kit, Part required must purchase
327118P
$
$
22,00
n1a
7.40
n/a
0.50
n/a
327118P
O-Ri UV3+ Wiper Canister 4P
Pkg. of 4
$
1.40
327095P
Plug, Rubber Wiper Filler
g. of 10
327094
Pressure Injector, Gel
-.Pk
143.00
327096
Pressure Injector, Gel UV3+ Plug
Overflow bottle included
$
152.00
327045
Pumpssy, Lime-A-WayUV3+
$
60.00
327016
Reservoir
Use w Stam ed Carriage
$
384.00
32704Q
Reservoir, Wiper UV3+
Use w Laser Cut Carriage
$
437.00
327043P
Ring, Retaining SQ UV3+ Wiper
$
2.90
331005
Rust Inhibitor, Safeguard M-1
Hydraulic Hose Fittings; Comes with PN
11015
$
152.00
010314-AAF083160
Screw, BHSCP #10-UNF x 3/8
0.60
010313-AAF063160
Screw, Shca #10-UNF X 1/4
$
0.60
010315-AAF061650
Set Screw, #30-UNF x 1J4 Cu
Replaces PN 010176
$
0.50
327039
Seal Kit
327017
327021
327022
327029
327030
327043
-,Spacer Wi er Seal UV3+
Wiper Seal
Washer, Canister UV3+
,Spring, UV3+ Seal
Tube, 1/4 DIA Viton UV3+
Snap Ring
IFor Stainless Steel Canisters
2 per Seal Kit
; r5[ro1ft keper unit
4 perSeal Kit
Wiper Seal Spring, 2 per Seal Kit; Part
required mustpurchase 32-7D29P
Price per inch Minimum Purchase - 12"
rice er inch
2 per Seal Kit; Part required must purchase
327043P
$
$
$
34.00
n a
7.40
p
n/p
0.50
n/a
327029P
S rin UV3+ Seal 4 Pack
$
0.70
327110
Valve UV3+ Gel Overflow
$
7.80
010301P
Vent Screw
Pkg. of 10
$
0.28
010116P
Washer, #10 Flat 316 SST
NSF Certified; ft. of 10
$
0.19
327110
Valve, UV3+ Gel Overflow
$
7.80
327107
Fitting,Overflow UV3+
29.00
445053
Adapter, Pressure Injector
$
11.00
327041
Breather
Use w/ PN 327040 only
$
16.00
326447
NIPPLE, UV3+ 1/4NPT x 1 16D NB
Nickle Brass
$
4.60
327024
Cou li Lime -A -Way, Female
$
49.00
327113
Barb 1/8"x1/8" 90° MAN Ion
$
0.24
327766-LW
Bracket UV3+ G2 D.Bar Lower
$
9.70
327766 -UPR
Power
ElMtkpt. UV3+ 62 A.$aeh
r UR
9.70
91$731
RecepudeIft
1 915729
915730
UV3+ 61P
IRECEPTACLE ASSY, UV3+ 6P
JADAPTER,UV3+ RECEPTACLE
awd PN 815074
$,
$
$:
63.00
38.00
32.00
328439
Relay Board Kit UV3+ PDC
303211
303417
600665
912706
915729
Stondo #8-32x1.25 Hex Brass
Washer #8 SPRG Zinc Plated
Screw. Pon 8 3,2UNO13 "SSf3.dq
Board Relay 220-277V
RECEPTACLE ASSY, UV3 6P
IFor PDC's built after 2011 only.
Washer Spring; For Relay Board; Part
required mustpurchase 303417P
Part re uired must urchase 60066515
MFR#2382
$
$
$
340.00
rya
n a
rVa
297.00
38.00
912261-013
Retie 'Fac1e Ferfalp 4Pin "NPT 13'
MFR# 8R4000A09F130 80647
$
40.00
931039-002
Board Kit, CCB 16PT G3
Includes: PN 328507 CCB Board; MFR#
2322
$
3,643.00
!931039-003
Board Kit, CCB 24PT Gen 3
Includes: PN 328508 CCB Board; MFR
#2323
$
4,690.00
931039-004
Board Kit, CCB 32PT G3
Includes: 328509 CCB Board; MFR# 2324
$
8,199.00
931039-001
Board Kit, CCB 8PT G3
Includes: 328506 CCB Board; MFR# 2321
$
8,517.00
912706
Board, Relay 220-277V
MFR# 2382
$
297.00
912555
Cable. 24AWG 4Con 300V Shld
$
1.40
914569-120
Fuse, 12A 600V CC Time Delay
For Relay Board
$.
4,90
791309
Fuse, 5A 250V SB 0.25X1.25"
For CCB
$
5.20
912519
IC, Isolated R5485J422 Maxim
69.00
912352
IC, RS485 Transc Low Power.
$
20.00
912362
IC, RS485 Transceiver
'Transceiver Chip lComm.)
$
14.00
903326
Module, Digital In 24V 5V Logic
$
25.00
903327
Metluje Ml Out 128 . V L
$
26.00
903805
Module Digital Out 24V 5V
$
21.00
328000-018
Wtlre Hamess PDC UV3+ 18"
$
21.00
328000-024
'Wire Harness, PDC UV3+ 24"
$
20.00
.328000-036
'Wire Harness PDC UV3+ 36"
$
22.00
;328000-048
Wire Harness, PDC UV3+ 48"
36..00
328000-060
Wire Harness, PDC UV3+ 60"
40.00
328000-072
Wire Harness, PDC UV3+ 72"
27.00
328000-084
Wire Harness, PDC UV3+ 84"
28.00
328000-096
Wire Harness PDC UV3+
$
30.00
328000-108
Ure H.amto, PDC UV3+ 1118"
$
34.00
Hydraulic System
931012-120
Center (HSC)
Board UV3+ HCB 120V1FU
I MFR# 24016
$
3,748.00
931012-230
Board, UV3+ HCB 230V 1FU
$
3,620.00.
907566-06-06
ELBOW, 90D 06JICMX060RBM ST -Z
Re laces PN 907316-0606
$
4.20
912705
Fuse, 0.5A 250V MDA Time Dela
-On HCB
$
2,60
914568-060
Fuse 6A 600V Class CC ATDR
Fuse 6 Am
$
4.60
326044
Hose, Bleeder UV3+ H raufle
87.00
907541
Hose, UV3+ Hydraulic Bleeder
$
75.00
326085
Hydraulic Fluid, FR WG150-D
Water Glycol - 20L Pail Pink Color
$
552.00
907666-020P
Hydraulic Fluid, Neptune AW15 ECO 20L
Pure Drive H draulic Fluid
$
669.00
912519
IC, Isolated R5485/422 Maxim
$
69.00
444295
011. Hydrauk Low vlwslty,
20L Pail
179.00
.326042
Pump, HSC 3GPM 115J60
$
3,096.00
907384
Si na Hydraulic Filter
Replaces PN 444413; Compact
$
43.00
444948-007
5YY1k4h. Cal Hydmulfc.- 2501551
Combined HSC & PDC
$
182.00
4449484009.
lbk& Cal HVdr allk 60 - 25OPSI
PDC Chit
751.00
System Control Center
915338-002
(SCC)
UV3+T e -M Upgrade
Contact MTR
903796
Module; Analog IN 4-20mA.
$
358.00
903797
Module, Analog Out 4-20mA
White
$
422,00
903794
Module Digital In 120V/5V Logic
$
38.00
912170
Module DIWV In 240V.SV Logic
13.00
903326
Module, Digital In 24V 5V Logic
$
25.00
903804
Module, Digital In 5-28/5V Logic
32.00
903327
Module Digital Out 120V15V Logic
$.
26.00
903795
Module Digital Out 240V 5V Logic
44.00
903805
Module, MAUI Out 24V
$
z1.oD
'903452
Module, Di ital Out 60V/5V Logic
$
33.00
1913677
PLC, AB CNTL Battery
92.00
437,091
1jjy FW itlt UV3+ CCB
9000 Hr. - 12000 Hr. U rade
S
197.00
Sensors
912179
Board, Low Level PeWy 120VAC
Replaces PN 903237,
243,00
903243
Level Sensor Kit, Low 230V
$
995.00
903237
level Sensor LOW 120V 50/60HZ
$
1,069.00
912440
Electrode Holder 2 Probe
89.00
903957-002
'Electrode, Level Sensor WJSheath 2'
Replaces PN 903237
5
65.00
010126
;Screw, 10-32 Slot Hex SST18-8
0.07
015229
also quote 015244
Sensor Ass UV3+
$
2,532.00
015239
5leeve, Sensor UV3+ 25x28x1832
$
118.00
015244
1 Washer, Sensor Sleeve UV3+
Is
1.50
327080
Sensor Sleeve Collar
$
1400
010215-125P
S¢re�v 34-2Oc2W CTD SHCS [iE.%D
$
1.40
309416
Crane UV3+ Module Thern
$
3,600.00
Configured Port
3293240 Reference Part
only Maintenance Rack UV3/UV3+ Configured Part
Contact MTR
309465
Pedestal Crane Base Upright
616.00
309400
RackStora elOM UV3+30455T
3,217.00
Silty UV3rASEAL
$.
735.00
906002
Face Shield UV Protection
29.00
;906031
Ki Mercu 5 ill Cleanup$
493.00
906015-330
10perator Kit, UV3000Plus
q
759.00
Exhibit C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1, COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2_ COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional N2med Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
0104 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of ther� oject that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 of 2 pages Risk: rev.08.2015
(e) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuily of Coverage
All policies shall be in effect on or before the first day of the Terre of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the namts) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (18) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240,
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages i Y �` _ Risk: rev.08.2015
RESOLUTION NO. 2016-170
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH DC FROST ASSOCIATES,
INC., OF WALNUT CREEK, FOR PURCHASE OF ULTRA
VIOLET DISINFECTION REPLACEMENT PARTS
WHEREAS, White Slough Water Pollution Control Facility uses ultra violet (UV) system
functions as a disinfectant for the tertiary -treated wastewater, as directed by the California
Regional Water Quality Control Board; and
WHEREAS, the UV system is complex, requiring annual operational costs for parts,
equipment replacement, and continuous staff hours to maintain; and
WHEREAS, DC Frost Associates, Inc., is a sole -source vendor. Per Lodi Municipal Code
Section 3.20.070, Bidding, the bidding process may be dispensed when City Council determines
that the purchase, or method of purchase, is in the best interests of the City; and
WHEREAS, staff recommends waiving the bidding process per Lodi Municipal Code
Section 3.20.070; and
WHEREAS, staff also recommends authorizing the City Manager to execute a
Professional Services Agreement for ultra violet disinfection equipment with DC Frost
Associates, Inc., of Walnut Creek.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive
the bidding process per Lodi Municipal Code Section 3.20.070; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute a Professional Services Agreement for ultra violet disinfection
equipment with DC Frost Associates, Inc., of Walnut Creek, California, in the amount of
$220,000.
Dated: September 21, 2016
I hereby certify that Resolution No. 2016-170 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held September 21, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS —Mayor Chandler
ABSTAIN: COUNCIL MEMBERS — None
X11,
aNIFER FERRAIOLO
City Clerk
2016-170